Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOURCES SOUGHT

R -- Patient Management Guideline Development

Notice Date
3/16/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
HRS27805ha
 
Archive Date
4/10/2010
 
Point of Contact
Hanif S Abdul-Amin, Phone: (301) 443-5261, Francis R Murphy, Phone: (301) 443-5165
 
E-Mail Address
habdul-amin@hrsa.gov, fmurphy@hrsa.gov
(habdul-amin@hrsa.gov, fmurphy@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice Patient Management Guideline Development HRS27805ha Contracting Office Address Department of Health and Human Services (HHS), Health Resources and Services Administration (HRSA) and the Healthcare Systems Bureau (HSB), 5600 Fishers Lane, 13A-19, Rockville, MD 20857-0001 Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide “Patient Management Guideline Development”. This search is to find a contractor with the capability to update the existing guidelines and continue the development of new guidelines about the treatment of patients following exposures to toxic substances. The goal is for that capable offeror to develop and disseminate guidelines that will assist Poison Control Center personnel in treating patients who have been exposed to poisonous substances. The Prospective Contractor will be required to identify up to eight (8) current guidelines each year for reviews/updates and prioritize them from the oldest to the newest. Existing guidelines set to expire with the National Guideline Clearinghouse (NGC) shall be updated first; based on the date on which the guidelines were developed, i.e., oldest shall be the first to be updated, second oldest shall be updated second, etc. 1.For each year of the contract, the prospective offeror shall develop a time-line for completion of up to eight (8) existing guideline reviews/updates; and, 2.Shall provide a plan for development of five (5) new guidelines for year one (1) of the contract, and four (4) new guidelines in the option year. The current list of guidelines is at the web site for the NGC at: The qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company’s experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: Specifically, the prospective offeror shall be prepared to fulfill the objectives of this forth coming agreement by being capable of performing the tasks listed below: 1.Meet with Project Officer (PO) The prospective offeror shall be capable of: a.Meeting with the project officer within 10 business days of the contract award for a kick-off meeting. This meeting will occur at HRSA and the specific date and time will be mutually determined between the project officer and the offeror b.Meeting with the project officer via conference call or in person, every (4) four months throughout the life of the contract, beginning in October 2010. Specific meeting times, dates, mechanism and/or venue shall be mutually determined between the project officer and offeror. 2.Develop five (5) guidelines the first year, four (4) guidelines the option year and review/update up to eight (8) previously developed guidelines each year of the agreement To accomplish this, the prospective offeror shall be capable of: a.In the first year, identifying and prioritizing five (5) toxic substances or categories of substances that are candidates for guideline development. Include “commonly encountered toxic substances” as specified in the Act. Prioritizing the substance and justifying rank order. Capable of developing a schedule for completion of five (5) guidelines for the first year and four (4) guidelines during the option year of the contract. b.Identifying and prioritizing up to eight (8) current guidelines for review and update. Prioritizing the guidelines and justifying the rank order. Guidelines set to expire with the National Guideline Clearinghouse (NGC) shall be given priority. Develop a schedule for completion of up to eight (8) guideline reviews/updates for each year of the contract. The web site for the NGC is: http://www.guidelines.gov/submit/inclusion.aspx. c.Developing protocol for guideline development. Guideline development should be influenced by the published work of accepted experts on systematic reviews. d.Developing an implementation plan that includes mechanisms for the distribution to include publishing in peer-reviewed journals and availability through the National Guideline Clearinghouse, utilization, feedback, and periodic review for both non-toxic and toxic exposures. e.Implementing the guidelines as they are completed. f.Developing a strategy for tracking, monitoring and measuring the progress of the project. g.Providing a quarterly written update on the status of the project/schedule guidelines. h.Participating in implementation of any performance measures designated by the HRSA, PCP, including the collection of information. 3. Laminate each newly develop guidelines To accomplish this, the prospective offeror shall be capable of: a.Including guideline references, recommendations, and algorithm for each guideline. b.Delivering one (1) set to each Poison Control Center for use. 4.The prospective offeror shall be capable of submitting a final report for Year 1 to include an evaluation on the five (5) guidelines developed, the eight (8) guidelines updated, and year one (1) activities completed. Any portion of activities that’s not completed, the prospective offeror shall state reasons; and also submit a plan (including a timeline) for completion. A cost reimbursement contract is anticipated, for one year, with one option year. This is a new requirement. The NAICS Code is 541990 with a small business size standard (See http://www.census.gov/cgi-bin/sssd/naics/naicsrch ). Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses must directly demonstrate the company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 (“Limitations on Subcontracting”). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to [10] pages, and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS 541990 (size standard or number of employees [See http://www.census.gov/cgi-bin/sssd/naics/naicsrch ]) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5.Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below not later than 10:00 a.m. local time on March 26, 2010 for consideration. [Acceptable methods of transmitting responses: E-Mail – as an attachment, U.S. Mail, express delivery.] Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications and to enhance the Government’s understands. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Hanif S. Abdul-Amin, Contract Administrator, HHS/HRSA/OAMP/DCO, 5600 Fishers Lane, 13A-19, Rockville, MD 20857-0001 PLACE OF PERFORMANCE [To be announced]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f587db3ae7cd6cfba7300cfec21fcc4)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857-0001, United States
Zip Code: 20857-0001
 
Record
SN02093485-W 20100318/100316235124-4f587db3ae7cd6cfba7300cfec21fcc4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.